Department of Defense Contracts Valued at $7 Million or Above


NAVY

Data Link Solutions LLC, Cedar Rapids, Iowa, is being awarded a $386,917,271 modification to previously awarded indefinite-delivery/indefinite-quantity contract N00039-15-D-0007 to increase the ceiling of the existing production contract line item number (CLIN), spares CLIN, systems engineering and integration, and travel/other direct cost CLINs of the referenced contract. This ceiling increase will enable the continuation of current and future Multifunctional Information Distribution System (MIDS) Joint Tactical Radio Systems (JTRS) efforts, including MIDS JTRS Modernization Increment 2 development; upgrade of MIDS JTRS Concurrent Multi-Netting-4 and Tactical Targeting Network Technology efforts as addressed in the amended class justification and approval (CJ&A) No. 18,012 approved Jan. 18, 2017; and MIDS JTRS terminal production lot buys as addressed in the original CJ&A No. 17,226 approved April 25, 2014.  Work will be performed in Cedar Rapids, Iowa (50 percent); and Wayne, New Jersey (50 percent), and for the ordering period is expected to be completed June 15, 2020.  This modification will increase the contract value to $989,963,335.  No additional funding will be placed on contract or obligated at the time of modification award. Existing contract funds will not expire at the end of the current fiscal year. Future contract actions will be issued and funds obligated as individual delivery orders.   This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as to the governments of Austria, Chile, Finland, Israel, Jordan, Japan, Kuwait, Malaysia, Morocco, Oman, Pakistan, Qatar, South Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Thailand, United Arab Emirates, Australia, Canada, New Zealand and the United Kingdom. This contract also includes purchases to NATO and all NATO nations under the Foreign Military Sales program. This contract modification was not competitively procured because it is a follow-on sole-source, multiple-award procurement pursuant to the authority of Title 10 U.S. Code 2304(c)(1) – only one or a limited number of responsible sources (Federal Acquisition Regulation subpart 6.302-1(a)(2)). Non-competitive procedures were approved for this modification under CJ&A No. 18,415.  The Space and Naval Warfare System Command, San Diego, California, is the contracting authority.

DynCorp International LLC, Fort Worth, Texas, is being awarded $173,174,040 for modification P00041 to a previously awarded firm-fixed-price, cost-reimbursable, labor hour, indefinite-delivery, indefinite-quantity contract (N00019-15-D-0003). This modification provides organizational, intermediate, and depot-level maintenance and logistics support for 16 T-34, 54 T-44, and 287 T-6 aircraft.  Work will be performed in Corpus Christi, Texas (50 percent); Milton, Florida (39 percent); Pensacola, Florida (8 percent); and various locations within the continental U.S. (3 percent), and is expected to be completed in September 2019.  No funds will be obligated at time of award.  Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

ViaSat Inc., Carlsbad, California, is being awarded a $96,182,729modification to previously awarded indefinite-delivery/indefinite-quantity contract N00039-15-D-0008 to increase the ceiling of the existing production contract line item number (CLIN) and spares CLIN of the referenced contract. This ceiling increase will enable the continuation of current and future Multifunctional Information Distribution System (MIDS) Joint Tactical Radio Systems (JTRS) efforts, including MIDS JTRS Modernization Increment 2 development; upgrade of MIDS JTRS Concurrent Multi-Netting-4 terminals and Tactical Targeting Network Technology efforts as addressed in the amended class justification and approval (CJ&A) No. 18,012 approved Jan. 18, 2017; and MIDS JTRS terminal production lot buys as addressed in the original CJ&A No. 17,226 approved April 25, 2014.  This modification will increase the contract value to $698,231,369.  Work will be performed in Carlsbad, California, and for the ordering period is expected to be completed June 15, 2020.  No additional funding will be placed on contract or obligated at the time of modification award.  Existing contract funds will not expire at the end of the current fiscal year.  Future contract actions will be issued and funds obligated as individual delivery orders.   This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as to the governments of Austria, Chile, Finland, Israel, Jordan, Japan, Kuwait, Malaysia, Morocco, Oman, Pakistan, Qatar, South Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Thailand, United Arab Emirates, Australia, Canada, New Zealand and the United Kingdom. This contract also includes purchases to NATO and all NATO nations under the Foreign Military Sales program.  This contract modification was not competitively procured because it is a follow-on sole-source, multiple-award procurement pursuant to the authority of Title 10 U.S. Code 2304(c)(1) – only one or a limited number of responsible sources (Federal Acquisition Regulation subpart 6.302-1(a)(2)). Non-competitive procedures were approved for this modification under CJ&A No. 18,415.  The Space and Naval Warfare System Command, San Diego, California, is the contracting authority.

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $22,483,141 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-2101 for engineering and technical design effort to support research and development concept formulation for current and future submarine platforms. This effort procures advanced submarine research and development to conduct assessments, development, design studies, and tests; provide on-site engineering, logistics, and technical services; and integrate/incorporate technologies for land-based or at-sea tests/demonstrations in support of Vertical Launch Payloads concept formulation.  Work will be performed in Groton, Connecticut (99.0 percent); Bremerton, Washington (0.5 percent); and Kings Bay, Georgia (0.5 percent), and is expected to be completed by October 2019. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $10,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Rotary and Mission Systems, Liverpool, New York, is being awarded a $15,587,081 modification to previously awarded contract N00024-13-C-6292 for TB-37 arrays and ancillary equipment. Work will be performed in Liverpool, New York (66 percent); Millersville, Maryland (33 percent); and Marion, Massachusetts (1 percent), and is expected to be completed by November 2020. Fiscal 2018 other procurement (Navy) funding in the amount of $15,387,081; and fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $200,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, New York, is awarded $13,483,882 for modification P00023 to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N68936-14-D-0018). This modification increases the scope of the contract to provide support to the EA-18G CP-2640/ALQ Electronic Attack Unit (EAU) Software Modernization Program (SMP). The EAU SMP is an EAU Operational Flight Program upgrade consisting of a phased approach resulting in a modularized and documented architecture to facilitate rapid, asynchronous demand-based release of capabilities utilizing Universal Mission Systems Interfaces that will support agile development for improved delivery speed, flexibility, and reduced cost.  Work will be performed in Point Mugu, California, and is expected to be completed in July 2019.  No funds will be obligated at time of award.  Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity.

CPI Radant Technologies Division Inc., Stow, Massachusetts, is awarded an $11,995,376 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for Extended Low-Band Radomes in support of the AN/ALQ-99(V) Airborne Electronic Countermeasures System aboard the EA-18G aircraft.   Work will be performed in Stow, Massachusetts, and is expected to be completed by September 2023.  Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $5,025,960 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements.   The Naval Surface Warfare Center, Crane Division, Crane, Indiana is the contracting activity (N00164-18-D-WS20).

Lockheed Martin Corp., Baltimore, Maryland, is awarded a fixed-price-incentive firm target modification to a previously awarded contract (N00024-18-C-2300) for construction of one littoral combat ship (LCS). The Navy may release a competitive solicitation(s) for additional LCS class ships in fiscal 2019, and therefore the specific contract award amount for this ship is considered source selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulations (FAR) 2.101 and FAR 3.104) and will not be made public at this time. Work will be performed in Marinette, Wisconsin (40 percent); Washington, District of Columbia (7 percent); Baltimore, Maryland (6 percent); Beloit, Wisconsin (2 percent); Iron Mountain, Michigan (2 percent); Milwaukee, Wisconsin (1 percent); Waunakee, Wisconsin (1 percent); Crozet, Virginia (1 percent); Coleman, Wisconsin (1 percent); Monrovia, California (1 percent); and various other locations of less than one percent each (totaling 38 percent), and is expected to be completed by September 2024. Fiscal 2018 shipbuilding and conversion (Navy) funding will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was awarded via a limited competition between Austal USA and Lockheed Martin pursuant to 10 U.S. Code 2304(c)(3) and FAR 6.302-3.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Austal USA, Mobile, Alabama, is awarded a fixed-price-incentive firm target modification to a previously awarded contract (N00024-17 C-2301) for the construction of two littoral combat ships (LCS). The Navy may release a competitive solicitation(s) for additional LCS class ships in fiscal year 2019, and therefore the specific contract award amount for these ships is considered source selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulations (FAR) 2.101 and FAR 3.104) and will not be made public at this time. Work will be performed in Mobile, Alabama (61 percent); Pittsfield, Massachusetts (20 percent); Cincinnati, Ohio (4 percent); Kingsford, Michigan (1 percent); Bristol, Connecticut (1 percent); and various other locations of less than one percent each (totaling 13 percent), and is expected to be completed by September 2024. Fiscal 2018 shipbuilding and conversion (Navy) funding will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was awarded via a limited competition between Austal USA and Lockheed Martin pursuant to 10 U.S. Code 2304(c)(3) and FAR 6.302-3.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE 

Range Generation Next LLC, Sterling, Virginia, has been awarded a $113,047,562 fixed-price-incentive-firm target modification (P00205) to contract FA8806-15-C-0001 for support of operations, maintenance, and sustainment on the Launch and Test Range System.  The modification exercises the fourth option period effective Oct. 1, 2018.  Work will be performed primarily at the Western Range at Vandenberg Air Force Base, California; and the Eastern Range at Patrick AFB, Florida.  No funds are being obligated at time of award.  Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity.

Range Generation Next LLC, Sterling, Virginia, has been awarded an $18,713,546 cost-plus-fixed-fee modification (P00202) to contract FA8806-15-C-0001 for relocating communications systems to the newly constructed Eastern Range communications facility.  Work will be performed primarily at the Eastern Range at Patrick Air Force Base, Florida, and is expected to be completed by Sept. 30, 2021.  Fiscal 2018 procurement funds in the amount of $18,713,546 are being obligated at the time of award. Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity.  

ARMY 

The Boeing Co., Mesa, Arizona, was awarded a $92,500,000 cost-plus-fixed-fee contract to provide engineering, analysis, test and technical support services to substantiate candidate concepts/designs and to achieve Army and the Department of Defense technology mission objectives for technologies and services for the AH-64 Apache, A/MH-6M Little Bird and the H-47 Chinook. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-18-D-0001).

Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $75,038,991 modification (P00015) to contract W58RGZ-17-C-0014 for operational requirements for logistics support services for government-owned fixed-wing fleet performing special electronic mission aircraft missions (MC-12S, RC-12S, EO-5C, TO-5C, and RO-6A). Work will be performed in Herndon, Virginia, with an estimated completion date of Feb. 28, 2027. Fiscal 2018 operations and maintenance (Army) funds in the amount of $1 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

University of Alabama, Huntsville, Alabama, was awarded a $27,358,213 cost contract to complete testing, evaluation, analysis of experiments and development work in applied optics, directed energy, propulsion, counter-improvised explosive devices, laser sensors, hypervelocity light gas gun experiments and missile warheads. One bid was solicited with one bid received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 17, 2023. Fiscal 2018 research, development, test and evaluation funds in the amount of $1,379,623 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-18-C-0004).

Tetra Tech Inc., Seattle, Washington, was awarded a $10,000,000 firm-fixed-price contract for architect-engineer services for civil works projects. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 17, 2021. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-18-D-1023).

Iron Bow Technologies, Chantilly, Virginia, was awarded an $8,083,310 firm-fixed-price contract for Cisco networking software, licenses and equipment. Bids were solicited via the internet with three received. Work will be performed in Chantilly, Virginia, with an estimated completion date of Oct. 18, 2018. Fiscal 2018 general fund enterprise business system funds in the amount of $8,083,310 were obligated at the time of the award. 408th Combat Support Battalion, Qatar, is the contracting activity (W912D2-18-F-1831).

Sodexco Management Inc., Gaithersburg, Maryland, was awarded a $7,185,547 modification (P00033) to contract W81K04-15-C-0001 for nutrition care management, supervisory, technical, administrative and clerical services necessary to perform nutrition care food services at multiple locations. Work will be performed in Fort Riley, Kansas; Fort Stewart, Georgia; Fort Leonard Wood, Missouri; Fort Irwin, California; West Point, New York; and Fort Sam Houston, Texas, with an estimated completion date of Sept. 30, 2019. Fiscal 2019 operations and maintenance (Army) funds in the amount of $7,185,547 were obligated at the time of the award. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity.

DEFENSE LOGISTICS AGENCY 

Peckham Vocational Industries,** Lansing, Michigan, has been awarded a maximum $42,000,000 firm-fixed-price contract with economic-price-adjustment for warehousing, storage, logistics and distribution functions. This is a two-year base contract with three one-year option periods. Location of performance is Michigan, with a Sept. 24, 2023, performance completion date. Using customers are the Organizational Clothing and Individual Equipment customers in the northern tier of the U.S. and the Defense Logistics Agency. Type of appropriation is fiscal 2018 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-N048).

Pentaq Manufacturing Corp.,*** Sabana Grande, Puerto Rico, has been awarded a maximum $32,908,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various types of coats and trousers. This is a two-year contract with no option periods. This was a competitive acquisition with five responses received. Location of performance is Puerto Rico, with a Sept. 17, 2020, estimated performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2018 through 2020 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1084).

Genentech USA Inc., San Francisco, California, has been awarded an estimated $16,826,250 firm-fixed-price, requirements contract for Oseltamivir Phosphate (Tamiflu). This was a competitive acquisition with three responses received. This is a one-year contract with no option periods. Locations of performance are California, North Carolina and Pennsylvania, with a Sept. 17, 2019, performance completion date. Using customers are medical treatment facilities inside and outside the continental U.S. Type of appropriation is fiscal 2018 through 2019 defense health program operations and maintenance funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-18-D-0011).

Fidelity Technologies Corp.,* Reading, Pennsylvania, has been awarded a maximum $14,210,683 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Single Channel Ground and Airborne Radio System installation kits. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is Pennsylvania, with a Sept. 17, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-18-D-0064).

Coachys & Associates LLC,**** Canton, Georgia, has been awarded a maximum $12,499,907 modification (P00008) exercising the second one-year option period of a one-year base contract (SPE1C1-16-D-1087) with two one-year option periods for camouflage parkas. This is a firm-fixed-price contract. Locations of performance are Georgia and Tennessee, with a Sept. 27, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

L3 Technologies, Salt Lake City, Utah, has been awarded an $11,370,507 firm-fixed price contract for Triton spare parts. This is a 33-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Utah, with a June 28, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 through 2018 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-18-C-Z105). 

DEFENSE MICROELECTRONICS ACTIVITY 

Photronics Idaho Inc., Boise, Idaho, is being awarded a $14,890,000 hybrid (firm-fixed-price, time and materials) contract (HQ072718C4000) to establish a non-captive trusted advanced photomask source for 130 nanometer node technology.  Work will primarily be performed in Boise, Idaho, with an estimated completion date of Sept. 17, 2023.  This award is the result of a sole-source request for proposals.  Fiscal 2017 research and development funds in the amount of $7,000,000 are being obligated at the time of award.  The Defense Microelectronics Activity, McClellan, California, is the contracting activity.

DEFENSE HEALTH AGENCY 

LEIDOS Inc. Mission Support Segment Services, Reston, Virginia, was awarded a one-year $7,088,170 task order (HT001118C0028) with one option period. Place of performance is among members of the indigenous Armed Forces in participating nations. This contract supports the Defense Health Agency Prevention Program as the lead office of HIV/AIDS support to partner militaries. Provides assistance to selected foreign militaries in adapting, and providing, HIV/AIDS prevention programs to include the implementation, maintenance and evaluation of HIV/AIDS prevention, treatment, and clinical management programs.  Assists selected foreign countries in developing military and culturally appropriate interventions to affect high-risk HIV/AIDS attitudes and behaviors. It also helps to integrate efforts with other U.S. government programs and those managed by allies and the United Nations in order to augment the capability of Defense Health Agency Prevention Programs conducting HIV/AID programs on a global scale. This award was a non-competitive, sole-source contract in accordance with Federal Acquisition Regulation 8.405- 6(a)(1)(i)(B) – Only one source is capable of providing the supplies, or services, required at the level of quality required because the supplies or services are unique or highly specialized. The 90-day base period cost of $1,500,000 funded with fiscal 2016 through 2020 President’s Emergency Plan for AIDS Relief (PEPFAR) funds. The Defense Health Agency, Contracting Office – Falls Church, Virginia, is the contracting activity. (Awarded Sept. 9, 2018)

*Small Business

**Mandatory source

***Small disadvantaged business in historically underutilized business zones

****Service-disabled veteran-owned small business

Related News

Caroline's background is in public policy, non-profit fundraising, and - oddly enough - park rangering. Though she once dreamed of serving America secretly in the CIA, she's grateful she's gotten to serve America publicly - both through the National Park Service and right here at ClearanceJobs.